SPECIAL NOTICE
66 -- Furnish, Deliver, Test, Install and provide training in the operation of a (Demonstration Model-Used) Nuclear Magnetic Resonance (NMR)Spectrometer at the USDA, ARS, NAA, Eastern Regional Research Center, in Wyndmoor, PA
- Notice Date
- 9/21/2010
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area, Area Office, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038, United States
- ZIP Code
- 19038
- Solicitation Number
- AG-3615-S-10-0019
- Archive Date
- 12/31/2010
- Point of Contact
- Lisa M. Botella, Phone: 215-233-6551, Mrs. Melissa Lera, Phone: 215-233-6650
- E-Mail Address
-
lisa.botella@ars.usda.gov, melissa.lera@ars.usda.gov
(lisa.botella@ars.usda.gov, melissa.lera@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- Notice Type: Sole Source Notice The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Varian, Inc, in Walnut Creek, CA 94598, under the authority of FAR 6.302-1(a)(2). Waters shall provide all labor, equipment, materials, tools, assembly and supervision to furnish, deliver (F.O.B. Destination, Within Consignee's Premises), test, install, and provide training in the operation of a (Demonstration Model-Used) Nuclear Magnetic Resonance (NMR) Spectrometer at the USDA, ARS, NAA, Eastern Regional Research Center in Wyndmoor, PA in accordance with the terms, conditions, and specifications contained in this document. The Government will utilize the NMR Mass Spectrometer for analyzing complex mixtures, and solution structures and properties of bio-/agro-molecules and synthetic or natural chemicals according to the established research projects at the ERRC. SYSTEM REQUIREMENTS: The USDA, ARS, NAA, Eastern Regional Research Center in Wyndmoor, PA requires a Contractor to provide all labor, equipment, materials, tools, assembly and supervision to furnish, deliver, install, and provide training in the operation of a used Varian Nuclear Resonance Magnetic (MNR) Mass Spectrometer, components, ancillary equipment and options. This equipment will be used for research purposes to address a wide variety of food-related research problems. The NMR will be used for analyzing the solution structures and properties of biomolecules and synthetic or natural chemicals. The required NMR must exhibit state-of-the art resolution and stability, shall have a flexible design capable of performing all currently available NMR experimental methods, as well as enabling the adoption of new methods, and shall allow the operator to quickly and easily obtain up to, at least, 3-dimensional experiments. The spectrometer must be able to achieve the highest possible signal-to-noise and resolution, in the least amount of time, given the present technology. The Varian NMR System will greatly extend existing spectroscopic capabilities to include chemical structure determination at the atomic level of biological and synthetic macromolecules, non-destructively and under physiological conditions. The NMR will also enable completely new capabilities, such as the measurement of thermodynamic receptor-ligand binding affinity and mechanism, macromolecule dynamics and 3- dimensional experiments for structure determination, as well as a full suite of Hadamard experiments, DOSY experiments, and be expandable to provide CP/MAS solid-state NMR and limited micro-imaging of small agricultural products and by-products. The typical nuclear magnetic resonance (NMR) spectrometer consists of four functional subunits: A) an actively shielded, super-conducting magnet; B) a probe(s) for data detection; C) a console containing the electronic components required for radio-frequency pulsing and data acquisition; and D) a host-computer workstation for pulse programming, data processing, display, and data storage. All manufacturer data is brand name in accordance with FAR 52.211-6. Salient Characteristics include: The Varian system is required for the following reasons: 1) It fits into the current laboratory space of approx. 12 ft. x 13 ft., with additional area of about 12 ft. x 14 ft., if necessary and a maximum ceiling height of 11 ft. - 2 in. 2) It has DOSY capabilities currently available and capable of future expansion including the necessary training; 3) The system is capable of expanding to include microimaging and CP/MAS Solid-State Sample NMR accessories and the necessary training. Varian's system meets these specifications and is currently capable of the required expansion. 4) Contractor shall perform all Acceptance Tests in accordance with the Attached Specifications. The NMR Spectrometer will have a 11.7 Tesla, narrow-bore, superconducting magnet, with liquid helium hold time of 120 days or more. It will be supplied with cryogen probes, level meters, liquid helium and transfer lines, as well as a mechanism for dampening the affects of atmospheric weather pressure changes, and magnetic field hazard signs. It must also have vibration isolation posts to dampen room vibrations. The shim set will include 28 adjustable shim gradients for optimal residual water line-shape and suppression. One complete set of NMR standard samples used during the performance tests will be provided and retained by the Government for testing and calibrating the instrument during installation, as well as for future routine maintenance. Specifications are also included for the user software for controlling the spectrometer, spectrometer performance tests, and other requirements. The NMR spectrometer must also possess certain physical characteristics deemed essential for acceptable performance and/or use. The Contractor will supply all materials and perform all procedures necessary for the installation and testing of the spectrometer. All equipment must be demonstrated by the Contractor during installation to meet the state-of-the-art performance specifications detailed in this document, specifically through the Acceptance Tests and Procedures. SCHEDULE OF ITEMS: ITEM NO. 01, Used Varian NMR Spectrometer, System which includes all of the following: 0191503600, Varian NMR Magnet, 600 MHz 54mm ASP; 0191510200, Sample Delivery System; 0191200200, Varian NMR System; 0191424961, Liquids Application Module, 600 MHz; 0191260600, Dual Channel 1 & 2, High Power-High/Low Band, 600 MHz; 0191362700, Proforma X,Y,Z PFG Module; 0191263100, Varian Temperature Unit; 0191571000, Remote Status Module, 40 Ft (12.2 m); 0191520700, VnmrJ- Single Workstation License; 0192158502, VnmrJ 2.3A Media Kit; 0192179700, Dell PC, Red Hat Linux Kit, INCLUDES ONE YEAR Red Hat Network Subscription; 9100027500, PC Monitor, 24-inch Widescreen; 0190225405, Ethernet Cable Kit, 40 Ft. (12.2 m); Laser Printer Color Laser Jet or current equivalent; 019152600, Console/Workstation Power Kit, US/Can/Jap; S199006105, 1H-19F/15N-31P 5mm PFG OneNMR Probe 600 MHZZ, NB (54mm); SN60M00028, Flexible Helium Transfer Line, 600 NB; 8714632400, On-site Training, per day - NOTE: MUST BE COMPLETED WITHIN 12 MONTHS OF SYSTEM DELIVERY; MISC - Remove existing 200 MHz Magnet; 0190482601, Rigging - with clear pathway form loading Dock to room; 9100084300, DOSY for VnmrJ 3.x, Analysis Software including licensing ; QTY 1; Unit EA; Unit Price $______; Amount $_____. ITEM NO. 02, MISC, Discount for Used/Demo Unit ; QTY 1; Unit EA; Unit Price $______; Amount $_____. ITEM NO. 03, Performance & Acceptance Testing (SEE A.7) ; QTY 1; Unit EA; Unit Price $______; Amount $_____. OPTION ITEMS: ALL ARE PENDING AVAIALBILTIY OF FUNDING IN ACCORDANCE WITH FAR 52.232-18 and 52.232-19. Also, if applicable, the Option to Extend the Term of the Contract is in accordance with FAR 52.219-9 (SEE SECTION A.25). ITEM NO. 04, Preconditioning Variable Temperature (VT unit with Temperature control from -40 C to + 100 C, High and low Temperature alarms; 15 ft. delivery-line, and delivery line support stand ; QTY 1; Unit EA; Unit Price $______; Amount $_____. ITEM NO. 05, 12-Sample Autosampler (12 turbines) ; QTY 1; Unit EA; Unit Price $______; Amount $_____. ITEM NO. 06, Upgrade for Microimaging Capabilities including Doty Scientific Model 26-40 probe and Compatible software ; QTY 1; Unit EA; Unit Price $______; Amount $_____; ITEM NO. 07, Microimaging Bay, 206 volts ; QTY 1; Unit EA; Unit Price $______; Amount $_____. ITEM NO. 08, Cryogens Start-Up Services ; QTY 1; Unit EA; Unit Price $______; Amount $_____. ITEM NO. 09, Upgrade Spectrometer for CP/MAS Capabilities (3.2 mm probe) Inclusive of all accessories ; QTY 1; Unit EA; Unit Price $______; Amount $_____. TRAINING : ITEM NO. 10, On-Site Training for NMR600 System ; QTY 1; Unit EA; Unit Price $______; Amount $_____. ITEM NO. 11, Off-site training for upgrade of Spectrometer for CP/MAS capabilities ; QTY 1; Unit EA; Unit Price $______; Amount $_____. ITEM NO. 12, On-site training for upgrade of Micro-imaging Software ; QTY 1; Unit EA; Unit Price $______; Amount $_____.: EXTENDED FULL SERVICE CONTRACTS: ITEM NO. 13, Full Service Contract - Extended Service (Customer Pays labor) ; QTY 1; Unit EA; Unit Price $______; Amount $_____. ITEM NO. 14, Helium Re-fill (Full Service) ; QTY 1; Unit EA; Unit Price $______; Amount $_____. ITEM NO. 15, Application Support Services (Full Service) ; QTY 1; Unit EA; Unit Price $______; Amount $_____. ***NOTE: THE CONTRACTOR MUST PROVIDE A PROPOSAL ON ALL LINE ITEMS IN ORDER TO BE CONSIDERED FOR AWARD*** NOTE: Shipping is F.O.B. Destination, Within Consignee's Premise in accordance with FAR 52.247-35. OPTION ITEMS 4-15: Items 16-19, is pending availability of funds in accordance with FAR 52.232-18, Availability of Funds and 52.232-19, Availability of Funds for the Next Fiscal Year. The USDA, ARS, NAA, ERRC has determined that the used Varian NMR spectrometer system is the only used spectrometer with many new and unique features which makes it superior to its competitors for our applications. Some of these features are patented and hence are not available elsewhere. The most notable qualifications lie in the Console, which houses all of the RF (radio frequency) electronics, such as the frequency synthesizers, waveform generators, and amplifiers. A) It is critical that the timing resolution be very short, with minimal event times, for RF phases, amplitudes and pulse shapes are accurately and swiftly generated. This provides the best performance from the spectrometer, as less magnetization is lost during pulse sequences, and more signal is observed. This makes the spectrometer more sensitive and more efficient. 1) The smallest time resolution available is 12.5 ns, with an event time of 50 ns (for changes in any, or all of: RF amplitude, phase and/or frequency). 2) There should be no limit to the number of events in a pulse sequence. 3) RF phase accuracy must be as small as possible (0.04 degrees is the best possible to-date) in order create the most efficient pulse shapes. This in turn results in the highest quality spectra possible. RF frequency resolution must be negligibly small. b. Pulsed Field Gradients (PFG) are important for a multitude of reasons, including the suppression of multiple solvent peaks, molecular diffusion experiments ("DOSY"), chemical mixture analyses, selective excitation pulse and slice selection experiments, as well as making micro-imaging possible. Their shapes must be quickly and accurately rendered via a waveform generator (these are determined by the memory size and processor speed), they also must have fast recovery times, small phase resolution and great accuracy. 1) The waveform memory must be the largest available, which is 30 MegaBytes. This allows for arbitrarily shaped pulses enabling multiple peak selection or suppression currently only Varian can provide this capability. It is important to have the shortest PFG minimum event times and timing resolutions available. System must provide PFG minimum event times of 50 ns, with a 12.5ns timing resolution. 2) High gradient strengths are required to provide accurate diffusion measurement of large molecules (DOSY) and micro-imaging ability. As the base unit with 60 G/cm on the Z axis, and 28 G/cm on the X- and Y-axes is required without purchasing optional accessories. PFG strength (or "amplitude") should be finely controlled over its entire power range in order to create the most accurate waveforms. C) NMR experiments use RF (radio frequency) pulses with different strengths, shapes and sizes. Varian's spectrometers can acquire data faster and with more efficient magnetization transfer because they use a parallel architecture suite of controllers such that the RF, receiver, lock, PFG controllers each contain a PowerPC and FPGA with at least 64 Mbytes RAM and 32 Mbytes FLASH. This architecture ensures that the receiver and RF channels run independently, yet fully synchronously, without negative cross-talk between channels. Thus the console is capable of executing phase and amplitude modulated pulses and spinlocks back-to-back with zero delay between them. This also simplifies the implementation of NMR methods requiring interleaved RF and acquisition events. Most importantly, the spectrometer becomes more efficient, faster, and more sensitive (as less magnetization is lost). d) It is frequently necessary to examine samples in mixtures, or to search for small peaks in the midst of large ones. For such analyses, it is critical to avoid spectral artifacts that can create misleading quadrature and zero-frequency image peaks. To ensure that the data is free of these false image peaks, the spectrometer must digitize and over-sample the IF frequency (without using a frequency shifted method). Hence, the spectrometer must be equipped with an effective ADC of at least 20-bit digitizers capable of 80MHz sampling rate over a typical spectral width of 10 KHz, and real-time digital filters during acquisition providing spectral widths up to 5 MHz, in simultaneous quadrature detection mode, or better. The quadrature artifact image peaks should be 0% at the highest sampling rate (spectral width) of the spectrometer. Varian VnmrS spectrometers use patented technology which allows them to no longer use quadrature detection. Thus, they have absolutely no quadrature artifacts (0%) at any sampling rate (including at the highest sampling rate of the spectrometer), regardless of the application. Varian VnmrS spectrometers also have patented time-corrected, digital filters that avoid the distortions of the FID and spectra. Varian's time-corrected digital filters are required to reduce the highly over-sampled data to the desired spectral width without distortion. In addition, Varian's VnmrS instruments use programmable second stage digital filters which give good amplitude accuracy even near the spectral edges, and they do so without introducing baseline distortions. Varian instruments use an effective 20-bit ADC, and their Direct Digital Receiver over-samples at four (4) times the 20 MHz IF frequency (i.e., 80 MHz) to ensure quadrature and zero-frequency artifact-free data. Thus, the artifact-free data from a Varian instrument is of better quality and is easier to interpret. e) Varian is the only Contractor that supplies the full suite of Hadamard pulse sequences ready for implementation with a simple point-and-click interface. Varian supplies Hadamard encoded sequences for both 2D homo- and hetero-nuclear experiments, such as DQ-COSY, HSQC, HMBC, HSQC-TOCSY, NOESY, and ROESY. Hadamard experiments can allow samples to be analyzed in a day, saving critical experimental time, allowing some NMR experiments be collected in a high-throughput mode. The time savings may also be used to increase the time available for improved signal averaging. Under ideal conditions, the implementation of these new Hadamard experiments can reduce the experimental time of multi-dimensional experiments from days to hours or minutes. The hardware demands on the spectrometer for set-up, acquisition and processing of these new experiments are challenging; specifically, the delay between contiguous shaped pulses must be minimal; complicated shaped pulses require large computer memory to be defined properly; and multiple shaped pulses must be defined and calibrated with precision. The patented technology in the Varian DirectDrive transmitter and DirectDigital receiver on the requested instrument make possible the implementation these experiments: shaped pulses are executable back-to-back without delay; there are more than 30 MB of waveform memory to better define these pulses; analog-to-digital conversion rate of 80 MHz to handle data sampling and storage. The Hadamard experiments were first developed on Varian NMR instruments and the majority of Hadamard experiments that were used in publications were performed on Varian spectrometers. g) Only Varian software uses pulse sequences written in a standard computer programming language, such as C. Thus, users are not forced to learn an arbitrary (arcane) pulse sequence language in order to modify existing pulse sequences or implement new ones. CONTRACTOR INSTALLATION: The Contractor shall: a) Perform an on-site inspection no later than 120 days after the award, and at least 90 prior to installation, to verify the conformance of the site to Contractor requirements for the instrument. b) Install the magnet, console and host-computer within six (6) months after contract award. c) Provide all necessary equipment required to hoist the magnet for installation onto the anti-vibration legs (ceiling beams cannot be used to hoist magnet). d) Supply all necessary cryogens (liquid helium and liquid nitrogen) to establish a stable magnetic field regardless of number of quenches. In cases where extended installation and/or functionality issues prevent usage, the Contractor will supply liquid helium and perform the fills. e) Assist in the removal of all unnecessary packing material. Installation shall be coordinated by the Contractor with the requester at least one (1) week prior to delivery. The Contractor shall perform and complete installation and start-up within two (2) weeks after delivery at no additional cost. CONTRACTOR PERFORMANCE AND ACCEPTANCE TESTING: The Contractor agrees to perform all necessary magnet and performance tests in accordance with standard operating procedures. To reduce human operator bias during system performance tests, the Contractor must use an automated procedure for performing, printing and documenting the Acceptance Tests, as well as their results. The procedure must be formalized such that it may be used routinely to test NMR functionality. The Contractor will supply a complete set of standard NMR samples used during the performance testing, which will be retained by the Government for future use for testing or calibrating the instrument. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE: All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.section508.gov/ then go to 508 Law. The following standards have been determined to be applicable to this contract: __ X ___ 1194.21 Software applications and operating systems. __ X ___ 1194.22 Web-based Intranet and Internet information and applications. ______ 1194.23 Telecommunications products. ______ 1194.24 Video and multimedia products. __ X ___ 1194.25 Self contained, closed products. __ X ___ 1194.26 Desktop and portable computers. This standard does not require the installation of specific accessibility-related software or the attachment of an assistive technology devise, but merely requires that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. Compliance Details Clause The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g. schedule attachment, vendor's website or other readily available location (specify). YEAR 2000 COMPLIANCY: "Year 2000 Compliancy," (a) Definition: as used in this clause, means that the information technology (IT) (hardware, software and firmware, including embedded systems or any other electro-mechanical or processor-based systems used in accordance with its associated documentation) accurately processes data and date-related data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date and date-related data with it. (b) Any information technology provided, operated and/or maintained under this contract is required to be Year 2000 compliant. To ensure this result, the Contractor shall provide documentation describing how the IT items or services demonstrate Year 2000 compliance, consisting of: standard product literature or test reports. (c) The Contractor warrants that any IT or service under this contract that involve the processing of date and date-related data are Year 2000 compliant. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then the warranty shall apply to those listed products as a system. (d) The remedies available under this warranty shall include repair or replacement, at no additional cost to the Government, of any provided items or service whose non-compliance is discovered and made known to the contractor in writing within 90 days after acceptance. In addition, all other terms and limitation of the Contractor's standard commercial warranty or warranties shall be available to the Government for the IT items or services acquired under this contract. Nothing in the warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. SOFTWARE: The Contractor shall provide all necessary software and upgrades for the life of the equipment. Software must be provided for solution-phase and DOSY experiments, as well as for solid-state NMR and microimaging if purchased. The software must have the ability to perform automated testing of the performance of the instrument. All software must be provided for a Linux host computer, and allow an unlimited numbers of users per CPU to access the software via X-window remote display. All available documentation for tutorials, commands, operations, installation, system administration and other provided software must be provided in printed and electronic versions. All software must be "Year 2000" Compliant. SYSTEM FOOTPRINT: The area of the Facility dedicated to this spectrometer is approximately 12 ft. x 13 ft., with additional area of about 12 ft. x 14 ft. available if necessary. There are also be some overhead restrictions which may impede some models, therefore a pre-installation site visit is required. The magnet will be installed, energized and must be re-fillable in a room with a maximum ceiling height of 11 ft. -2 in. Contractor will provide any necessary equipment to accommodate this (e.g., flexible helium transfer line). FAR 52.237-1 -- SITE VISIT (APR 1984): Offerors are urged and expected to inspect the site where equipment is to be installed and services are to be performed to satisfy them regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. DELIVERY INFORMATION: The Contractor shall furnish, deliver (F.O.B. Destination, Within Consignee's Premises) the equipment and documentation and offload the equipment with all the items listed in the Schedule. (Shipping is included in the price of all items.) Delivery shall be to the USDA, ARS, NAA Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038. The Contractor shall be responsible for providing the appropriate tool) for offloading and installing the equipment. Item(s), as specified in this document, shall be delivered between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday (excluding Federal holidays) within 9 months after receipt of the contract order. All shipments shall identify the contract number on the label PACKING AND SHIPPING: The Contractor shall be responsible for shipping the materials and equipment. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The Contractor is totally responsible for offloading and delivery entire shipment into the building. The items to be furnished hereunder shall be labeled with the contract number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination (Within Consignee's Premises) in accordance with FAR 52.247-35 to: USDA, ARS, NAA, ERRC, 600 East Mermaid Lane, Wyndmoor, PA 19038, Attn.: Shipping and Receiving. Contract #: _____________________ FACILITY INFORMATION: The facility has a loading dock, and must be delivered through a door having an opening of 10 feet wide and 11 feet-8 inches high. ADVANCE NOTIFICATION OF DELIVERY: The Contractor shall provide the addressee advance notification of delivery and installation. Such notice shall be provided in writing, not less than two (2) weeks prior to delivery. The Contractor shall provide at least 24 hours advance notice to the COR prior to actual delivery. Collect calls will not be accepted. TRAINING AND TECHNICAL SUPPORT: Training will occur within one month after instrument installation, and in coordination with the COTR. One (1) day training for up to three people on the operation and maintenance of equipment and the software operation, including any training materials, explanation of operator's manual with the user, and explanation of maintenance procedures is included at no additional cost for the equipment unless it is identified as an option item. On-Site Training for Spectrometer Solid-State Upgrade On-Site Training for Micro-imaging Upgrade On-Site Variable Temperature Upgrade The Contractor shall provide technical support via a toll-free telephone number at no cost to the Government, throughout the term of this contract. WARRANTY: The Contractor shall provide a one-year, on-site, non-consumable parts and labor warranty on the equipment after installation, functionality tests and certification are completed and proved satisfactory. The Contractor shall provide a copy of the warranty with their offer. Computer Hardware - The Contractor shall provide a 3-year warranty for all computer related hardware in this contract. Software Warranty - The Contractor shall provide an unlimited CPU license and provide for Linux Software and other software as defined in the schedule of items and in Section C.1. During the warranty period, the Contractor must repair or replace any system component and fix any software problems, at no additional cost. Labor, travel and on-site coverage is also included at no additional cost. The Warranty period shall commence only after all installation issues and functionality tests are completed and proved satisfactory. FULL SERVICE CONTRACT: The Contractor shall provide copies of their extended service contracts. The government shall pay for labor for each visit needed. Parts are included. Item 13 is pending availability of funds in accordance with FAR 52.232-18 and 52.232-19. HELIUM REFILL SERVICE CONTRACT: The contractor shall provide all helium refills services for a Base Year and Four Option Years. The period of the Base and Options shall not exceed five (5) years in accordance with 52.217-8. This item is pending the availability of funding in accordance with FAR 52.232-18 AND 52.232-19. APPLICATION SUPPORT SERVICES CONTRACT: The contractor shall provide o n call service not to exceed two days throughout the first year of the contract. This item is pending the availability of funding in accordance with FAR 52.232-18 AND 52.232-19. FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999). The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within ten (10) days. FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000): The Government may extend the term of this contract by written notice to the Contractor within ten (10) days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least ten (10) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. DOCUMENTATION: The Contractor shall provide one printed copy, and one electronic (CD/DVD) copy of all available manuals and documentation for each item. Complete schematics (either printed or digital) will be provided for all equipment.1) The site preparation manual shall be submitted five (5) days after contract award, and prior to the pre-installation site-inspection. 2) Copies of all Acceptance Tests upon completion. 3) One (1) set of the operations, repair and maintenance manuals, service instructions, and software operating instructions for each piece of equipment or software upon delivery. All documentation shall include the P.O. number. Final payment shall not be made unless and until such documentation is received and accepted by the TR. The Contractor shallprovide all Software upgrades to the TR within five (5) workdays after issuance for the life of the equipment. All documentation shall identify the purchase order number on the label. Final payment shall not be made unless and until the equipment and documentation have been accepted by the TR. All documentation shall identify the contract number on the label. Final payment shall not be made unless and until the equipment and documentation have been accepted by the Contracting Officer's Technical Representative (COTR). PAYMENT: USDA, ARS requires all Contractor's to be registered in the Central Contractor's Registration (CCR) database for payments to be made through the Electronic Funds Transfer (EFT) Method. Also see FAR Clause 52.212-4, Item (t). Final payment shall not be made unless and until documentation and training have been received and are accepted by the Technical Representative. SOLE SOURCE JUSTIFICATION: The NAICS Code is 334516 with a size standard of 500 employees. This procurement is unrestricted. This is not a request for proposal. No solicitation is available. Companies with the demonstrated capability and financial capacity to provide and service such equipment must submit a written substantive statement outlining the Company's and system's capabilities, available service agreements and consumables (including price lists) to the Contracting Officer within 5 days of publication of this notice. This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fedbizopps.gov. The Contractor is responsible for monitoring the FBO website for information relating to this requirement. Offerors will be responsible for downloading their own copy of these documents. Contractors are required to acknowledge receipt of all Amendments (if any). If no affirmative responses are received within 5 calendar days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Varian, Inc under the authority of FAR 6.302-1(a)(2). DELIVERY LOCATION: USDA, ARS, NAA, Eastern Regional Research Center (ERRC), 600 East Mermaid Lane, Wyndmoor, PA 19038.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAAO/AG-3615-S-10-0019/listing.html)
- Place of Performance
- Address: 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038, United States
- Zip Code: 19038
- Zip Code: 19038
- Record
- SN02290220-W 20100923/100921234855-3a4d098b81f8999f9433069297625c66 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |